hindustan organic chemicals limitedncode / emudhra etc.), with their profile. 5. only one valid dsc...

40
(This tender aims for already enlisted contractors for this work with HOCL Kochi Unit. Any new contractor who wish to empanel for this type of work may submit their credentials so that they will be evaluated and pre-qualified and shall be considered for similar future work). HINDUSTAN ORGANIC CHEMICALS LIMITED (A Government of India Enterprise) AMBALAMUGAL, Ernakulam District, PIN – 682 032. Phone: (0484) 2720911, FAX No. (0484) 2720893 E- TENDER NOTICE HOCL Invites e-Bids under the two-bid system for the following work: Sl. No. Description of Item and Tender No. 1 PAINTING OF PIPE & STRUCTURAL OF CROSS COUNTRY PIPELINES HOCL Tender Ref : MEC30232 Tender documents may be downloaded from www.hoclkochi.com or www.eprocure.gov.in . Interested parties may please get registered with NIC e procurement portal (URL: https://eprocure.gov.in/eprocure/app. ) to participate in the tender. Tenders submitted other than through online procedure specified will not be accepted. Please visit the above sites regularly for any addendum/ corrigendum/ extension before submitting the offers. Please submit your E-bids under the two-bid system confirming to the specifications and the terms and conditions. For and on behalf of Hindustan Organic Chemicals Limited (GSTN:32AAACH2663P1ZG),(CIN:l99999MN1960GOI011895) BENO.P.KURIANS ( ) - DGM (MECHANICAL) - HOD

Upload: others

Post on 29-Jan-2021

5 views

Category:

Documents


0 download

TRANSCRIPT

  • (This tender aims for already enlisted contractors for this work with HOCL Kochi Unit. Any new

    contractor who wish to empanel for this type of work may submit their credentials so that they will

    be evaluated and pre-qualified and shall be considered for similar future work).

    HINDUSTAN ORGANIC CHEMICALS LIMITED (A Government of India Enterprise)

    AMBALAMUGAL, Ernakulam District, PIN – 682 032.

    Phone: (0484) 2720911, FAX No. (0484) 2720893

    E- TENDER NOTICE

    HOCL Invites e-Bids under the two-bid system for the following work:

    Sl.

    No.

    Description of Item and Tender No.

    1 PAINTING OF PIPE & STRUCTURAL OF CROSS COUNTRY PIPELINES

    HOCL Tender Ref : MEC30232

    Tender documents may be downloaded from www.hoclkochi.com or www.eprocure.gov.in.

    Interested parties may please get registered with NIC e procurement portal (URL:

    https://eprocure.gov.in/eprocure/app.) to participate in the tender. Tenders submitted other

    than through online procedure specified will not be accepted. Please visit the above sites

    regularly for any addendum/ corrigendum/ extension before submitting the offers.

    Please submit your E-bids under the two-bid system confirming to the specifications and

    the terms and conditions.

    For and on behalf of Hindustan Organic Chemicals Limited

    (GSTN:32AAACH2663P1ZG),(CIN:l99999MN1960GOI011895)

    बेनो॰पी॰कुरयस BENO.P.KURIANS उप महा�बंधक (यांि�क) - िवभागा�य� DGM (MECHANICAL) - HOD

  • HINDUSTAN ORGANIC CHEMICALS LIMITED (A Government of India Enterprise)

    AMBALAMUGAL, Ernakulam District, PIN – 682 032.

    Phone: (0484) 2720911, FAX No. (0484) 2720893

    MEC30232

    M/s.

    Dear Sir,

    Hindustan Organic Chemicals Limited is a Government of India Undertaking manufacturing Phenol,

    Acetone & Hydrogen Peroxide at its plant at Kochi, Kerala, India. HOCL invites e-tenders for

    PAINTING OF PIPE & STRUCTURAL OF CROSS COUNTRY PIPELINES. HOCL has entered into an

    agreement with M/s. NIC for e-procurement through their portal

    https://eprocure.gov.in/eprocure/app. You may please get registered as a vendor with NIC for

    participating in this tender.

    Tender documents are uploaded in HOCL website www.hoclkochi.com and https://eprocure.gov.in/eprocure/app

    Index of documents enclosed is attached herewith. You are requested to kindly go through all the documents in detail before preparing/submitting your tender.

    You may submit your offer on two-bid system online before the due date and time

    specified.

    Thanking you,

    Yours Faithfully,

    For Hindustan Organic Chemicals Limited (CIN: L99999MH1960GOIO11895),

    बेनो॰पी॰कुरयस BENO.P.KURIANS उप महा�बंधक (यांि�क) - िवभागा�य� DGM (MECHANICAL) - HOD

  • INDEX

    TENDER NOTICE PAINTING OF PIPE & STRUCTURAL OF CROSS COUNTRY PIPELINES

    1 General instructions for Online bid submission

    ANNEXURE-I

    2 General Terms and conditions of the tender with Pre-

    qualification criteria

    ANNEXURE-II

    3 Scope of work

    ANNEXURE-III

    4 Special Conditions of Contract

    ANNEXURE -IV

    5 Compliance / No-Deviation Statement

    ANNEXURE -V

    6 Check List

    ANNEXURE -VI

    7 ESI, PF, Labour Law etc. – Requirements

    ANNEXURE A, B, C & D

    8 Labour Laws

    9 Safety, Health & Environment (SHE) Conditions

    10 Proforma of Declaration of Black Listing/ Holiday

    Listing

    11 Duly filled, signed and stamped.

    Annexure - E

    12 Duly filled, signed and stamped.

    Annexure - F

    13 Bid Security Declaration Annexure - H

  • ANNEXURE-I

    Tender Ref. No: MEC30232

    Name of Work : PAINTING OF PIPE & STRUCTURAL OF CROSS COUNTRY PIPELINES

    General instructions for Online Bid Submission

    The bidders are required to submit soft copies of their bids electronically on the Central Public Procurement

    Portal(Govt. Of India), using valid Digital Signature Certificates. The instructions given below are meant to

    assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and

    submitting their bids online on the CPP Portal.

    More information useful for submitting online bids on the CPP Portal may be obtained at:

    https://eprocure.gov.in/eprocure/app.

    REGISTRATION

    1. Bidders are required to enrol on the e-Procurement module of the Central Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder Enrolment” on the CPP Portal

    which is free of charge.

    2. As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts.

    3. Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.

    4. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify /

    nCode / eMudhra etc.), with their profile.

    5. Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.

    6. Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e-Token.

    SEARCHING FOR TENDER DOCUMENTS

    1. There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value,

    etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of

    search parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to

    search for a tender published on the CPP Portal.

    2. Once the bidders have selected the tenders they are interested in, they may download the required documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This

    would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum

    issued to the tender document.

  • 3. The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk.

  • PREPARATION OF BIDS

    1. Bidder should take into account any corrigendum published on the tender document before submitting their bids.

    2. Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid

    documents have to be submitted, the number of documents - including the names and content of each of

    the document that need to be submitted. Any deviations from these may lead to rejection of the bid.

    3. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid documents may

    be scanned with 100 dpi with black and white option which helps in reducing size of the scanned

    document.

    4. To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card

    copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My

    Space” or ‘’Other Important Documents’’ area available to them to upload such documents. These

    documents may be directly submitted from the “My Space” area while submitting a bid, and need not be

    uploaded again and again. This will lead to a reduction in the time required for bid submission process.

    Note: My Documents space is only a repository given to the Bidders to ease the uploading process. If Bidder

    has uploaded his Documents in My Documents space, this does not automatically ensure these

    Documents being part of Technical Bid.

    SUBMISSION OF BIDS

    1. Bidder should log into the site well in advance for bid submission so that they can upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other

    issues.

    2. The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.

    3. Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details of the instrument.

    4. 5. Bidder should prepare the EMD as per the instructions specified in the tender document. The original

    should be posted/couriered/given in person to the concerned official, latest by the last date of bid

    submission or as specified in the tender documents. The details of the DD/any other accepted

    instrument, physically sent, should tally with the details available in the scanned copy and the data

    entered during bid submission time. Otherwise the uploaded bid will be rejected.

    6. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BoQ format

    with the tender document, then the same is to be downloaded and to be filled by all the bidders.

    Bidders are required to download the BoQ file, open it and complete the white coloured

    (unprotected) cells with their respective financial quotes and other details (such as name of the

    bidder). No other cells should be changed. Once the details have been completed, the bidder should

    save it and submit it online, without changing the filename. If the BOQ file is found to be modified by

    the bidder, the bid will be rejected.

    7. The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The

    bidders should follow this time during bid submission.

  • 8. All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized

    persons until the time of bid opening. The confidentiality of the bids is maintained using the secured

    Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done. Any

    bid document that is uploaded to the server is subjected to symmetric encryption using a system

    generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid

    opener’s public keys. Overall, the uploaded tender documents become readable only after the tender

    opening by the authorized bid openers.

    9. The uploaded tender documents become readable only after the tender opening by the authorized bid openers.

    10. Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in the portal), the portal will give a successful bid submission message & a bid summary will be displayed

    with the bid no. and the date & time of submission of the bid with all other relevant details.

    11. The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

    ASSISTANCE TO BIDDERS

    1. Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in

    the tender.

    2. Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk.

    Contact Person (National Informatics Centre)

    HOCL Work Co-ordinator

    Mr.Midhun Babu

    Sr. Systems Analyst - HOCL

    Mr. K.B. Nowshad

    DGM (Mechanical/ / / / UCliCes)

    Mob: 8921387812, 8547196394

    Mob: 9446355996

  • ANNEXURE - II

    THIS DOCUMENT TO BE SIGNED AND STAMPED BY BIDDER ON ALL PAGES AND

    SUBMITTED ALONG WITH THE E-TENDER

    Tender Ref. No: MEC30232

    Name of Work : PAINTING OF PIPE & STRUCTURAL OF CROSS COUNTRY PIPELINES

    GENERAL TERMS AND CONDITIONS OF THE TENDER

    Pre-Qualification Criteria (to be included in the Technical Bid)

    The Tenderers shall submit the following in the Technical bid (Un priced Bid) without which the

    tender will be rejected.

    1. Complete set of Tender Document marked "ORIGINAL" duly filled in and signed by the Tenderer as prescribed in different clauses of the Tender Document.

    2. GCC duly filled in the relevant portions, signed and stamped all the pages by the tenderer (The tenderers have to download the GCC (General Conditions of Contract) from our web site

    www.hoclkochi.com and the same has to be returned along with the technical bid duly signed and

    stamped in all pages.

    3. Power of Attorney or Photostat copy or a true copy' thereof duly attested by a Gazetted Officer in case an authorised representative has signed the Tender.

    4. Information regarding tenderer as stipulated in Clause.1 (given in the next page).

    5. Details of work of similar type and magnitude carried out by the tenderer as stipulated in Clause.3.

    6. Organization chart giving details of field management at SITE, the tenderer proposes to have for this WORK including bio-data of the Site-in Charge and key personnel.

    7. The bidder should have well qualified workforce in adequate numbers for handling various stages of the work. The staff/workers details are to be furnished.

    8. The bidder should have adequate number of equipments/tools/tackles/scaffolding pipe/clamps/ staging materials in sound condition for the execution of the work within the stipulated time. The

    equipment details should be furnished.

    9. Details of concurrent commitments of Tenderer.

    10. Exceptions and deviations, if any, with reference to the Clause No. and page No. of Tender shall be submitted as a separate statement (No Deviation Statement)

    11. A tentative programme for the execution and completion of work within the time specified.

    12. In the case of MSME, necessary certificate (self attested) shall be submitted in the Technical Bid.

    13. Any other technical information the Tenderer likes to furnish.

    14. Tender should accompany the details asked in A, B,C, D, E , F & H

  • Clauses : (NOT APPLICABLE TO MSME)

    1. Average annual financial turnover of the bidder during the last 03 years ending 31st March 2018 should be at least ₹2.6 Lakhs (Details of annual financial turnover to be submitted

    with Documentary proof).

    2. Details of current commitments with copies of Work Orders to be submitted along with Technical Bid.

    3. Experience of having successfully completed similar works during the last 7 years ending 31

    st March 2020 should be either of the following: (Documentary proof should be attached

    along with the Technical Bid).

    • Three similar completed works costing not less than the amount equal to ₹3.5 Lakhs each.

    OR

    • Two similar completed works costing lot less than the amount equal to ₹4.4 Lakhs each. OR

    • One similar completed work costing not less than the amount equal to 7 Lakhs each.

    However, if the party is MSME, relaxation on the relevant clauses will be made as per

    rule/directives

    EARNEST MONEY DEPOSIT

    Nil

    RATES

    Rates quoted shall be inclusive of all taxes, duties, octroi and other levies etc. GST, in case applicable

    shall be paid extra. The bidder should have GST registration with Central Excise Department.

    SECURITY DEPOSIT

    • Total security deposit shall be 3% of total contract value.

    • 1% of order value of contract referred as Initial Security Deposit shall be furnished within 21 days after notification of the award of work.

    • Balance 2% shall be recovered through deductions at the rate of 3% of the value of each running account bill till the total 3% security deposit amount is collected.

    LIQUIDATED DAMAGES

    If the work is not completed within the stipulated time, the contractor is liable to pay a LD of ½% of

    the total contract value per week of the delay or part there of subject to a maximum of 5% of the

    contract value.

    PERIOD OF CONTRACT

    The period of the contract shall be one year from the date of issue of work order.

  • SCOPE OF SUPPLY

    Materials

    a. Contractor's Scope

    Supply of all paints, (finish and primer), thinners, all consumables etc. for the satisfactory

    completion of work.

    Arrangements of necessary storing facilities for the paints, consumables etc. will be arranged by

    the contractor.

    Deploying manpower like supervisory staff, skilled, semiskilled and unskilled manpower etc. as

    per the scope of work will be arranged by the contractor.

    b. HOCL's Scope Nil.

    Tools and Tackles

    a. Contractor's Scope Spray painting equipment with all accessories required for spray painting (if required), all tools,

    tackles, ladders, platform, brushes, steel scaffolding, DFT Meter etc. as per the scope of work has

    to be arranged by the contractor.

    b. HOCL's Scope Nil.

    TIME OF COMPLETION

    Time of completion shall be ONE MONTH from the time of instruction to start each area.

    VALIDITY OF THE TENDER

    The tender shall be kept valid for acceptance for a period of THREE months from the last date

    prescribed for receipt of the tender.

    A Tenderer shall not be entitled during the said period of three months without the consent in

    writing of the company to revoke or cancel his tender or to vary the tendered rate or any terms

    thereof.

    PRICE

    The Contract will be awarded on fixed all-inclusive price unless otherwise specified. All rates in the

    tender shall cover applicable taxes, levies and duties. However applicable GST will be paid by HOCL

    subject to the successful tenderer having GST registration with Central Excise.

    The price shall be quoted both in figures and words. In case a tenderer has quoted two different

    prices in words and figures the lower of the two will be considered valid and binding on the

    tenderer.

  • PAYMENT TERMS

    • All running account/final bill shall be certified by the Engineer in charge and 97% payment shall be made progressively as per our standard terms of payment.

    • Balance 3% shall be made after the defect liability period. CONTRACT PREFERENCE

    Contract / Price Preference or any other concessions applicable for MSME / SSI Units /PSUs will be

    as per latest Government of India Directives. For availing this benefit, the bidder shall make their

    claim in the Technical Bid itself and enclose necessary documentary evidence to prove their

    eligibility.

    DEFECT LIABILITY PERIOD

    As per GCC.

    OTHER TERMS AND CONDITIONS

    AGREEMENT

    The contractor has to execute an agreement with HOCL in the prescribed format on a non judicial

    stamp paper of appropriate value in case of placement of work order.

    THIS CLAUSE IS APPLICABLE ONLY IF THE WORK ORDER VALUE IS ABOVE 10 LAKHS.

    GENERAL CONDITIONS OF CONTRACT (GCC) OF HOCL

    The General Conditions of Contract of the company is applicable to, and forms part of the contract.

    The General Conditions of Contract of HOCL is available in the office of The Chief General Manager

    (P&A) of HOCL, Ambalamugal or can be downloaded from our Web site www.hoclkochi.com.

    RIGHT TO ISSUE ADDENDUM

    The company reserves the right to issue any addendum to the tender document to

    clarify/amend/supplement and/ or delete any of the conditions, clauses or terms stated in the

    tender documents. Each addendum issued shall be distributed to the tenderer or his authorized

    representative and each such addendum shall become part of the tender documents.

    DUE DATE & TIME: Due date for submission of tender is (Closing date) 09/02/2021 at 02.00PM.

    OPENING OF BIDS: The Technical Bids will be opened on 10/02/2021 at 02.00 PM electronically.

    Technically acceptable bidders will be informed about the date and time of opening of the

    price bids by emails.

    VALIDITY OF OFFER: Offer shall be valid for a minimum period of 90 days form the last date

    of submission stipulated for the tender.

    SUBMISSION OF BIDS: Refer Annexure I.

  • PRICE BID SUBMISSION-BOQ: Bidders are requested to note that they should necessarily

    submit their financial bids in the format provided and no other format is acceptable. If the

    price bid has been given asw a standard BOQ format with the tender document, then the

    same is to be downloaded and to be filled by all the bidders. Bidders are required to

    download the BOQ file, open it and complete the blue coloured (unprotected) cells with their

    respective financial quotes and other details Refer Instructions to Bidder for Online Bid

    Submission. ( such as name of the bidder). No other cells should save it and submit it online,

    without changing the filename. If the BOQ file is found to be modified by the bidder, the

    bid will be rejected.

    RIGHT TO REJECT A BID: HOCL reserves the right to reject any bid due to reasons such as (a)

    Vendor not following above bidding procedures (b) Vendor not being technically acceptable

    to HOCL (c) Not enclosing EMD with the techno commercial bid or EMD paid being lesser

    than the stipulated amount (d) Vendor not agreeing with the general conditions of the

    tender. (e) Not enclosing any particular documents asked for (f) Any other valid reasons.

    SIGNING & STAMPING ON ALL PAGES OF BIDS: The vendor shall sign and stamp on all the

    pages of the bids uploaded, failing which bids are liable to be rejected.

  • THIS DOCUMENT TO BE SIGNED AND STAMPED BY BIDDER ON ALL PAGES AND

    SUBMITTED ALONG WITH THE E-TENDER

    ANNEXURE - III

    Tender Ref. No: MEC30232

    Name of Work : PAINTING OF PIPE & STRUCTURAL OF CROSS COUNTRY PIPELINES

    SCOPE OF WORK

    Scope of work consists of surface preparation, supply of all kinds of paints such as Primers, Epoxies,

    of required colours and specification and its application to our cross country pipe lines and its

    supports and structures for supply/return of H2, N2, Benzene, LNG and LPG in HOCL Kochi premises.

    Work includes arrangements of necessary storing facilities for the paints, consumables etc.

    deploying man power like supervisory staff, skilled, semiskilled and unskilled workmen, erection of

    steel scaffolding at all elevations (if required), providing all tools, tackles, ladders, platform, brushes

    etc. and other items that may be required to be arranged by the Contractor for the timely and

    adequate execution of work. Only steel scaffolding shall be used at work site, and in any case

    wooden scaffolding is not permitted.

    Surface preparation of the items to be painted shall be in contractor’s scope as per the specification

    and by using wire brushes, scrapers, and emery paper etc. In hazardous areas like LPG etc. non

    sparking tools like brass wire brush and brass scrapers should be used. After surface preparation,

    the area should be wiped off by cloths and it should get approved by the Engineer-in-Charge before

    the application of paint. Please note that no surface preparation should be started unless our site

    Engineer gives the clearance. In all the cases surface preparation should be as per SSPC – SP – 2 – 63

    which is enclosed.

    Contractor shall have to provide thickness measurement instrument with the required range for

    measuring DFT (Dry Film Thickness) of each coat. DFT of each coat of paint applied to be taken and

    accepted by the Engineer-in-Charge before the application of the next coat.

    It is to be noted that, all the items required to be painted shall be subjected to the availability of site

    clearance permit from the concerned department. Surface preparation and painting work can be

    started only after getting the site clearance permit from the related departments.

    The quantity shown in the area required to be painted are approximate only and it can vary based

    on the actual site condition of the painted surface of various equipments and availability of the

    clearance from the Departments.

    While bringing paints to the plant the paint containers should weighed at our weigh bridge and same

    may be available for inspection by the Engineer-in-Charge. The details of the weighed quantity and

    the copy of material declaration form have to be handed over to the Engineer-in-Charge for

    verification. Only after the verification of the Engineer-in-Charge the paints shall be brought to the

    contractor’s store. Reconciliation statement of quantity of paint used with respect to spread rate

    and the actual area painted should be submitted by the Contractor for the various painting systems

    asked for. (The volume of solids of various painting system is given below). Bidders have to confirm

    the volume of solids of each painting system, which they have quoted before submitting the tender.

    Also test certificate of paints of various painting system indicating the volume of solids, should be

    submitted to the Engineer-in-Charge along with the supply of paints.

  • Application Areas

    The area shown in the schedule of rates is only indicative and that the said areas may be changed

    and decided during the discussion/execution of the contract.

    The following details also shall be included:

    � All technical details like name of paints, technical data sheet, number of coats, DFT of each coat etc. of the paint proposed to be used by the party as per HOC’s requirements.

    � The certificate from paint manufacturer that they will be supplying the required paints as per HOC’s requirements.

    The following items shall not be painted unless otherwise specifically required:

    1. Non ferrous surfaces and stainless steel 2. Glass, tile, or ceramic surfaces 3. Name plates and identification tags 4. Valve stems 5. Galvanized surfaces unless instructed 6. Insulation covers 7. Plastics etc. 8. Underground/buried piping and equipment which are provided with special type of protective

    coatings

    9. Surfaces/items which are excluded form painting due to specific reasons.

    Technical Specification

    1. General

    These technical specifications shall be applicable for the work covered by this contract, over and

    above and without prejudice to the various codes of practices, standard specifications, etc., it

    being specifically understood that contractor shall carry out the work in all respects with the

    best quality of materials and workmanship, and in accordance with the best engineering practice

    and instructions of Engineer-in-Charge.

    Wherever it is stated in the specification that a specific material is to be supplied or a specific

    work is to be done, it shall be deemed that the same shall be supplied or carried out by the

    contractor of his own cost.

    2. Scope

    Scope of work covered in the specification shall include without being limited to the following:

    This specification defines the requirements for surface preparation, selection and application of

    paints, on equipment vessels, machinery, piping, ducts, tanks, steel structures, cable trays etc.

    Extend of Works

    The following surfaces and materials shall require painting :

    All steel structural and pipe at H2, N2, Benzene, LPG and LNG cross country pipe lines at HOCL

    premises i.e from the boundary wall to the point of use.

  • 3. Codes And Standard

    IS : 101 - Methods of test for ready mixed paints and enamels

    IS : 161 - Heat resisting paints

    IS : 2074 - Specifications for ready mixed paints, red oxide zinc chrome priming

    IS : 2339 - Aluminium paint for general purposes individual container

    IS : 2379 - Colour code for identification pipe lines

    IS : 2932 - Specification for enamel, synthetic exterior (a) undercoating (b) finishing

    The paint manufacturer's instructions shall be followed as far as possible at all times. Particular

    attention shall be given to the following :

    a. Proper storage to avoid exposure, as well as extremes of temperature. b. Surface preparation prior to painting c. Mixing and thinning d. Application of paints and the recommended limit on time intervals between coats.

    Any painting work including surface preparation on piping or equipment shall be commenced only

    after the system tests have been completed and clearance for taking up painting work is given by the

    Engineer-in-Charge, who may, however, at his discretion authorise in writing for, the taking up of

    surface preparation or painting work in any specific location, even prior to completion of system

    test.

    4. Paint Materials

    Manufacturers shall furnish the characteristics of a paints indicating the suitability for the

    required service conditions. Primer and finish coats shall be of class quality and shall conform to

    the following:

    Primer

    a. Primer (P - 6) - Epoxy Zinc Phosphate Primer

    Type : Two pack.

    Composition : Polyamide cured epoxy resin medium pigmented with

    Zinc phosphate

    Volume solids : 40% (min.)

    DFT : 35 microns/coat (min)

    Covering capacity : 11 - 12 M2/Lit/coat

    b. Finish Coat (F - 6) - Epoxy High Build Coating

    Type : Two pack.

    Composition : Polyamide cured epoxy resin medium suitably

    Pigmented

    Volume solids : 60 - 65%

    DFT : 100 microns/coat (min)

    Covering capacity : 6 - 6.5 M2/Lit/coat

  • Note:

    1. Covering capacity and DFT depends on method of application. Covering capacity specified above is theoretical. Allowing the losses during application, minimum specified DFT should be

    maintained.

    2. All primers and finish coats should be cold cured and air drying unless otherwise specified.

    3. All painting should be applied in accordance with manufacturer's instructions for surface preparation, intervals, curing and application. The surface preparation, quality and

    workmanship should be ensured.

    4. Technical data sheets for all paints shall be supplied at the time of submission of quotations.

    Manufacturers

    The paints shall conform to the specifications given above and Class - I quality in their products,

    range of any of the following manufacturers:

    a. Asian Paints (India) Ltd: b. Bombay Paints c. Berger Paints India Ltd: d. Goodlass Nerolac Paints Ltd: e. Garware Paints f. Jenson & Nicholson g. Shalimar Paints

    5. Storage

    All paints and painting material shall be stored only in rooms to be provided by contractor and

    approved by Engineer-in-charge for the purpose. All necessary precautions shall be taken to

    prevent fire. The storage building shall preferably be separate from adjacent building. A sign

    board bearing the words "PAINT STORAGE - NO NAKED LIGHT - HIGHLY INFLAMMABALE" shall

    be clearly displayed outside.

    6. Colour Code for Piping

    a. For identification of pipelines, the colour code should be used as per the code given.

    b. The colour code scheme is intended for identification of the individual group of the pipe line.

    The system of colour coding consists of a ground colour and colour bands superimposed on it.

    c. Colours as per the code shall be applied throughout the entire length for un-insulated pipes

    Identification Sign

    a. Flow direction shall be indicated by an arrow in the location as directed by Engineer-in-Charge.

    b. Colours of arrows shall be black or white and in contrast to the colour on which they are

    superimposed.

  • Colour Bands

    As a rule width of colour band shall conform to the following tables. Banding shall be done by

    using synthetic enamel and the rate shall be inclusive of the same.

    Nominal Pipe Size Width : L (mm)

    3" NB and bellow 75

    Over 3" NB up to 4" NB Nominal Pipe size * × 25

    Over 4" NB up to 12"OD Nominal Pipe size * × 50/3

    Over 14" OD & Over Nominal Pipe size * × 15

    They shall be superimposed on ground colour at the following location:

    a) At battery limit points:

    b) Intersection points and change of direction points in piping ways

    c) Other points such as midway of each piping way, near valves , junction joints of service

    appliances, walls, on either side of pipe culverts

    d) For long stretch yard piping at 50 m interval and

    e) At starts and terminating points.

    Whenever it is required by the Engineer-in-Charge to indicate that a pipeline carries a hazardous

    material, a hazard marking of diagonal stripes of black and golden yellow as per IS : 2379 shall be

    painted on the ground colour.

    7. Inspection and Testing

    All painting materials including primers and thinners brought to site by contractor for

    application shall be procured from reputed manufacturers as per specifications and shall be

    accompanied by manufacturer's test certificates. In case such certificates are not available,

    Engineer-in-Charge may direct the contractor to have the materials tested in accordance with

    relevant specifications of owner/outside laboratories accepted by Engineer-in-Charge, and all

    costs there shall be borne by the contractor.

    Engineer-in-Charge at his discretion may call for additional tests in materials accompanied by

    manufacturers test certificates.

    The panting work shall be subject to inspection by Engineer-in-Charge at all times. In particular,

    following stage inspection will be performed and contractor shall offer the work for inspection

    and approval at every stage before proceeding with next stage. The record of inspection shall

    be maintained. Stages of inspection are as follows:

    a. Surface preparation

    b. Primer application

  • Each coat of paint

    Any defect noticed during the various stages of inspection shall be rectified by the contractor to

    the entire satisfaction of Engineer-in-Charge before proceeding further. Irrespective of the

    inspection, repair and approval at intermediate stages of work, contractor shall be responsible

    for making good any defects found during final inspection/guarantee period/defect liability

    period as defined in general condition of contract. Dry film thickness (DFT) shall be checked and

    recorded after application each coat.

    Primer Application

    After surface preparation, the primer should be worked by brush application to cover the

    crevices, corners, sharp edges etc. in the presence of inspector nominated by Engineer-in-

    Charge.

    The shades of successive coats should be slightly different in colour in order to ensure

    application of individual coats. The thickness of each coat and complete coverage should be

    checked as per provision of this specification. This should be approved by Engineer-in-Charge

    before application of successive coats.

    The contractor shall provide thickness measuring instrument (ELKOMETER) with appropriate

    ranges(s) for measuring dry film thickness of each coat.

    Prior to application of paints on surfaces, the thickness of the individual coat shall be checked

    by application of each coat of same paint on test M.S. Panel. The thickness of paint on test

    panel shall be determined by using thickness gauge such as "Elkometer". The thickness of each

    coat shall be checked as per provision of this specification. This shall be approved by Engineer-

    in-Charge before application of paints on the surface of chimney.

    At the discretion of Engineer-in-Charge, the paint manufacturer must provide the expert

    technical service at site as and when required. This service should be free of cost and without

    any obligation to the owner, as it would be in the interest of the manufacturer to ensure that

    both surface preparation and applications are carried out to their recommendations.

    Final inspection shall include measurement of paint dry film thickness, check of finish and

    workmanship. The thickness should be measured at as many points/locations as decided by

    Engineer-in-Charge and shall be within ± 10% of the dry film thickness

    Scope of Work for Stencilling

    The scope of work shall include, but not limited to the following:

    1. Supply of primers and finish coat synthetic enamel paint of required colours, cleaning and preparation of walls and writing/marking/numbering.

    2. Scope of work includes providing steel scaffolding at all heights, labour, materials, tools and tackles, consumables, supervision etc. to complete the work in all respect at your cost as per

    the instruction of the Engineer-in-Charge.

    3. One coat of metallic primer for steel boards and one coat of cement primer on concrete walls to be applied before the application of two coats of enamel paint as background.

  • 4. Above that the required writing/marking, numbering to be carried out as per the instructions of the Engineer-in-Charge.

    5. Equipment number/ flow diagram shall be stencilled in black or white in contrast to background, on each vessel, column, equipment and other machinery (insulated or non-

    insulated) after painting. Size of letters printed shall be as below:

    Piping 3" & above - 40 to 150mm

    Piping below 3" - Flanging with 40mm letters

    6. Flow direction shall be indicated by an arrow in the location as directed by Engineer-in-charge.

    7. Colours of arrows shall be black or white and in contrast to the colour on which they are superimposed. (ATTACHED SHEET)

    8. Preparation of surface by cleaning and washing shall be in the scope of contractor.

    9. Applying back ground painting, (on cleaned surface with metallic/cement primer) stencilling of letters/identification sign as per standard practice and instruction of engineer in charge, after

    cleaning and consent from Engineer-in-Charge for proceeds further.

    10. The size and design of letter shall vary according to the surface and location.

    11. All painting materials including primers and thinners brought to site by contractor for application shall be procured from reputed manufactures as per specifications.

    12. Contractor must be ready to do the lettering wherever required by the Engineer-in-Charge in HOCL Kochi premises.

    Scheme for Colour Coding for Cross country pipelines

    Sl.No. Content Existing Colour Code

    Ground Colour 1st

    Colour Band 2nd

    Colour Band

    Gases

    1 Nitrogen Golden Yellow Black -

    2 Hydrogen Golden Yellow Dark Blue -

    3 Benzene Golden Yellow LILAC Dark Blue

    4 LNG Golden Yellow Signal Red Brown

    5 LPG (Supply) Dark Blue Opaline green -

    6 LPG (Return) Light Blue Black White

  • Standard Specification for surface preparation

    Surface preparation shall be done by one of the following methods in accordance with the SSPC

    specification:

    No. Specification Subject Purpose

    1. SSPC-SP-2-63 Hand Tool

    Cleaning

    Removal of loose rust, loose mill scale, and loose

    paint to degree specified, by hand chipping, scraping,

    sanding and wire brushing

    Agreement

    The contractor has to execute an agreement with HOCL in the prescribed

    format on a non judicial stamp paper for ₹200/- within 21 days from the date

    of award of contract.

    Note:

    1. Covering capacity and DFT depends on method of application. Covering capacity specified above are theoretical. Allowing the losses during application, minimum specified DFT should

    be maintained.

    2. All primers and finish coats should be cold cured and air drying unless otherwise specified.

    3. All painting should be applied in accordance with manufacturers instructions for surface preparation, intervals, curing and application. The surface preparation, quality and

    workmanship should be ensured.

    4. Technical data sheets for all paints shall be supplied at the time of submission of quotations.

  • ANNEXURE - IV

    THIS DOCUMENT TO BE SIGNED AND STAMPED BY BIDDER ON ALL PAGES AND

    SUBMITTED ALONG WITH THE E-TENDER

    Tender Ref. No: MEC30232

    Name of Work : PAINTING OF PIPE & STRUCTURAL OF CROSS COUNTRY PIPELINES

    SPECIAL CONDITIONS of CONTRACT

    1. Safety Helmets, safety shoes, goggles, safety belts and other PPEs etc. for the workmen and supervisor employed for the work are to be arranged by the contractor.

    2. No work to be carried out without wearing safety gadgets (PPE’s), work order, confined space entry record and safety work permit by the employees of the contractor.

    3. As a measure to contain the spread of COVID-19, the following PPEs are essentially required to be provide to your workers:

    1. Face Mask 2. Face Shield 3. Gloves

    4. Also all your workers are to be subjected to temperature screening at Security, hand wash at the entrance, maintain physical distancing as far as possible.

    5. You shall strictly instruct your workers not to spit in the public places and area of work.

    6. No work to be carried out without wearing safety gadgets (PPE’s), work order, confined space entry record and safety work permit by the employees of the contractor.

    7. This work is of urgent nature and you have to put all efforts to complete the work in time. Also you have to deploy people on round the clock basis if situation warrants as per the instruction

    of Engineer-in-Charge.

    8. The entire work is to be carried out as per the standard engineering practice and subjected to stage inspection by HOC/3

    rd party inspection agency.

    9. All debris, waste etc. arising out of the job should be segregated weighed, transported and dumped into the scrap yard as per the instruction of Engineer-in-Charge at your cost. The

    contractor also has to abide by the guidelines for Environmental Protection.

    10. HOC has every right to stop the work if the progress and quality of work is found unsatisfactory. The balance work will be carried out by HOC through another agency at the cost and risk of the

    first contractor.

    11. Contractor has to mobilize the complete team with necessary tools and tackles within reasonable period from the time of intimation to start the work.

    12. Either the contractor or his authorized supervisor shall be available at work site throughout the work.

  • 13. The quantity shown can vary i.e. Increase or decrease depending upon the situation. However, the rate and other terms and conditions shall be same throughout the pendency of the contract

    for which the contractor shall be ready.

    14. Appropriate insurance shall be arranged by the contractor for the coverage of the liability to the people employed by them, arising out of any accident occurring during the execution of the

    work.

    15. The Contractor shall follow all clause in Annexure – A, B & C like ESI, Safety Regulations and General Conditions of Contract, Workmen Compensation, Personal Protective Equipments

    (PPE), Labor Laws, PF, Guidelines to contractors / suppliers for environmental protection &

    Confined Space Entry

    16. Contractor shall get prior permission from the Engineer-in-Charge for bringing the material to HOC.

  • THIS DOCUMENT TO BE SIGNED AND STAMPED BY BIDDER ON ALL PAGES AND

    SUBMITTED ALONG WITH THE E-TENDER

    ANNEXURE - V

    Tender Ref. No: MEC30232

    Name of Work : PAINTING OF PIPE & STRUCTURAL OF CROSS COUNTRY PIPELINES

    COMPLIANCE / NO-DEVIATION STATEMENT

    Tender Ref: MEC30232

    Tender ID:

    It is hereby stated that the quotation/offer submitted by us is in full compliance with

    the documents issued against the enquiry and also further confirmed that there is no

    deviation from all the terms and conditions as per the enquiry.

    Signature of the Tenderer :

    Name of the Tenderer :

    Address :

    Place : SEAL

    Date :

  • THIS DOCUMENT TO BE SIGNED AND STAMPED BY BIDDER ON ALL PAGES AND

    SUBMITTED ALONG WITH THE E-TENDER

    ANNEXURE - VI

    Tender Ref. No: MEC30232

    Name of Work : PAINTING OF PIPE & STRUCTURAL OF CROSS COUNTRY PIPELINES

    CHECK LIST

    PRO-FORMA-TECHNICAL BID

    DETAILS OF CURRENT COMMITMENTS (COPIES OF WORK ORDERS TO BE UPLOADED), ANNUAL FINANCIAL

    TURN OVER (DOCUMENTARY PROOF TO BE UPLOADED), DETAILS OF PAN NO. SHALL BE FILLED IN THE

    FORMAT AND UPLOADED ALONG WITH THE TECHNICAL BID.

    1. Details of previous experience( Copies of experience certificates and work orders to be attached)

    Sl

    No. Name of the Industry/Firm

    Period of Contract Work Order Value ( `)

    From To

  • 2. Details of annual financial turnover during the last 3 years. Documentary Proof to be signed, stamped

    scanned and uploaded) (NOT APPLICABLE TO MSME)

    Financial Year: Turnover:

    2017 - '18 -

    2018-19 -

    2019-20 -

    3. Organization chart as per Clause 7 of Pre-Qualification is uploaded (Yes/No)

    4. Details of Income Tax return submitted for the last 3 year (Copies to be to be signed, stamped, scanned and uploaded) (Yes/No)

    5. Scope of work, general terms and conditions, special conditions of contract, Annexure A, B & C (complete set of tender documents) to be signed and stamped on all pages, scanned and uploaded.

    6. Equipment/tools list is uploaded (Yes/No)

    7. Declaration statement as per Clause 10 of Pre-qualification is uploaded (Yes/No)

    8. Exceptions and deviations, if any, with reference to the Clause No. and page No. of Tender shall be submitted as a separate statement (Deviation Statement)

    9. Annexure D - duly filled, signed and stamped, scanned and uploaded (Yes/No)

    10. Annexure E - duly filled, signed and stamped, scanned and uploaded. (Yes/No)

    11. Annexure F - duly filled, signed and stamped, scanned and uploaded. (Yes/No)

    12. Annexure H - duly filled, signed and stamped, scanned and uploaded. (Yes/No)

    Enclosed the tender documents signed & sealed in all pages (Tender Notice, Scope of Work, Conditions of

    Contract, Copies of Experience Certificate, Work Orders, etc.)

    Signature of the Tenderer :

    Name of the Tenderer :

    Address :

    Place :

    Date :

  • ANNEXURE – A

    ESI, PF, LABOUR LAW ETC. – REQUIREMENTS

    1. ESI As per the ESI Act 1948

    The Contractor shall enroll all his men deployed for the work in the ESI scheme. Registration for

    all workmen under ESI scheme is also to be complied with.

    2. Safety Regulations and General Conditions of Contract

    The Contractor should be strictly abide all the safety regulation of HOC specified in GCC.

    Contractor should obtain necessary safety work permit from authorised officer before starting

    the work every day, in every shift.

    3. Workmen Compensation

    It will be your responsibility to meet all claims for compensation under workmen’s Compensation

    Act 1923. ESI or under any other law in respect of sickness, accidents injury or death suffered by

    workmen engaged by you for carrying out the work. It shall be the sole responsibility of the

    contractor to comply with Employee’s State Insurance Act 1948. You will also be responsible and

    liable in respect of claims for damage to property or persons arising from or in the course of

    execution of the contract work undertaken by you. You hereby agree that you shall keep HOC

    fully indemnified in respect of claims under the Workmen Compensation Act and all other claims

    aforesaid and you shall not under any circumstances raise any dispute with regard to the same.

    4. Personal Protective Equipments (PPE)

    You are requested to use personal protective equipment such as

    1. Safety Helmet 2. Safety belts 3. Welder’s Personal Protective equipment like goggles, gloves, shoes and face shield

    As a measure to contain the spread of COVID-19, the following PPEs are essentially required to be

    provide to your workers:

    1. Face Mask 2. Face Shield 3. Gloves

    Also all your workers are to be subjected to temperature screening at Security, hand wash at the

    entrance, maintain physical distancing as far as possible.

    You shall strictly instruct your workers not to spit in the public places and area of work.

    It is the basic responsibility of the Contractor to provide all the safety gadgets (PPEs) as

    mentioned above to all their Supervisors/Workers.

    And without these PPEs Contractor will not be allowed to carryout any job, which may please be

    noted.

    5. Labour Laws & Provident Fund

    You are requested to possess:

    1. A License from the Labour Dept. under Contract Labour (Regulation and Abolition) Act 1970.

    2. A separate PF Code under the Employee PF Act – 1952 and also furnish details of CPF Contribution payment made with the Regional PF Commissioner.

  • 6. Guidelines to Contractors/Suppliers for Environmental Protection

    � Contractors/suppliers shall ensure that impact due to the environmental aspects of goods and services is minimum.

    � Effluent generated during the activity is to be routed to effluent treatment plant as per the instructions given by the Engineer-in-Charge.

    � Hazardous waste generated during the activity is to be disposed in accordance with Hazardous Waste (Management & Handling) Rules as per the instructions given by

    the Engineer-in-Charge.

    � All other solid wastes are to be disposed as per the instructions given by the Engineer-in-Charge.

    � Avoid leaks and spills to minimise the impact on environment. In the case of any leaks/spills immediately inform Engineer-in-Charge to take appropriate corrective

    action.

    � If the item handled falls under hazardous category, please ensure that:

    a. Product literature including MSDS/TREM Card etc. accompany the consignment. b. Packing and labeling are in accordance with the requirement of Manufacture,

    Storage & Import of Hazardous Chemicals Rules.

    7. B. Confined Space Entry If entry into a confined space (like inside entry to columns, heat exchanger shells, vessels,

    filters, spheres, bullets, boilers etc.) is a part of the work, contractor should register the

    name and other details in the register kept for the purpose each time. All safety

    regulation has to be adhered and permit to be obtained before entering into a confined

    space. Also after coming out from the confined space, the worker/supervisor has to

    report to the Engineer-in-Charge each time without fail. Any deviation in this register will

    not be permitted in any case.

  • ANNEXURE - B

    LABOUR LAWS – CHECK LIST

    1. Contract Labour (Regulation & Abolition) Act – 1970

    Contractor should possess Labor License if he engages more than 19 workers at a time

    for a particular job.

    2. ESI Act 1948

    A worker whose wages (excluding Overtime Wage) does not exceed `15,000/- per

    month will be covered under the Act. Please note that workers can be allowed to

    work inside the Factory Premises / Township only after completing the following

    procedures:

    a. Those labourers already registered under ESI should submit their ESI card along with a copy.

    b. For new cases, the following documents are to be produced for registering under the Act:

    1. Registration form duly filled in by the worker concerned.

    2. Proof of identity – Address and Age (SSLC / Birth Certificate / Driving License / Passport, etc.)

    3. Family photograph – 2 Nos.

    c. For those workers whose wages is claimed to be more than `15,000/- per month should produce the following documents:

    1. An undertaking from his employer that his wage is more than `15,000/- per month and he is not required to be covered under ESI Act is to be submitted.

    2. A copy of the Personal Accident Policy showing that the worker is covered under the policy.

    3. The EPF & MP Act – 1952

    a. The concerned worker has to file nomination form

    b. If already covered under the Act and Scheme, the related document to be submitted.

    4. Interstate Migrant Workmen (Regulation of Employment and Conditions of Service) Act 1979

    The contractor should possess License under this Act, if he engages 05 or more

    interstate migrant workmen on any day.

  • ANNEXURE - C

    SAFETY, HEALTH & ENVIRONMENT (SHE) CONDITIONS

    The following Safety, Health and Environment conditions shall apply to the Contractor those

    who are working at HOCL, Ambalamugal.

    • Shall ensure the availability and suitability of qualified and experienced personnel at the site for effective and efficient SHE management.

    • Shall ensure that the equipment, materials, consumables are in conformity with the requirements.

    • Shall ensure that all equipments/scaffolding used are having adequate stability.

    • Shall ensure that appropriate and adequate PPEs are provided and worn by the personnel involved.

    • Shall ensure that safety signs are posted as appropriate to the activity/hazard as required.

    • Shall ensure the removal of material from site, which do not conform to the requirements.

    • Shall ensure no adverse impact on environment due to activities.

    • Shall maintain proper close supervision over their employee's activities.

    • Shall identify the hazards related to their nature of work being executed and develop methods to eliminate/control those hazards where required to prevent any unwanted

    incidents/accident.

    • Shall educate/train the workers throughout the work and improve their SHE awareness.

    • Shall ensure adequate hygiene, (i.e. cleanliness, environment free from dust and fume, proper lighting and drinking water to all worker employed by the contractor).

    • Shall ensure regular controls are in place for the following by doing regular checks/inspections but not limited to the following:

    � Vehicles & equipments � Tools, equipments, lifting appliances � Safety equipments � Fire protection

    • Shall at his own expenses from time to time and whenever required clear away and remove all rubbish/scrap/unwanted materials from its work area to designated area.

    • Shall report all incidents/accidents occurring if any connected with the job. The Contractor shall prepare and submit an incident/accident report to OWNER's Safety

    Department.

  • ANNEXURE - D

    PROFORMA OF DECLARATION OF BLACK LISTING/HOLIDAY LISTING

    In the case of a Proprietary Concern:

    I hereby declare that neither I in my personal name or in the name of my Proprietary concern

    M/s. __________________________________________________________________ which

    is submitting neither the accompanying Bid/Tender nor any other concern in which I am

    proprietor nor any partnership firm in which I am involved as a Managing Partner have been

    placed on black list or holiday list declared by any Government Public Sector company (CPSU)

    or any of the administrative ministries, except as indicated below:

    (Here give particulars of blacklisting or holiday listing, and in absence there of state "NIL")

    In the case of a Partnership Firm:

    We hereby declare that neither we, M/s. _________________________, submitting the

    accompanying Bid/Tender nor any partner involved in the management of the said firm either

    in his individual capacity or as proprietor or managing partner of any firm or concern have or

    has been placed on blacklist or holiday list declared by any Government Public Sector

    Company (CPSU) or any of the administrative ministries, except as indicated below:

    (Here give particulars of blacklisting or holiday listing, and in absence there of state "NIL")

    In the case of Company:

    We hereby declare that we have not been placed on any holiday list or black list declared by

    any Government Pubic Sector Company (CPSU) or any of the administrative ministries, except

    as indicated below:

    (Here give particulars of blacklisting or holiday listing, and in absence there of state "NIL")

    It is understood that if this declaration is found to be false in any particular, Hindustan

    Organic Chemicals Limited or its Administrative Ministry, shall have the right to reject my/our

    bid, and if the bid has resulted in a contract, the contract is liable to be terminated.

    PLACE:

    DATE: SIGNATURE OF THE BIDDER

  • अनुबंध डी

    काल सचूी/अवकाश सूची क� घोषणा संबंधी प�

    �वा�म�व � त"ठान के संबंध म% :-

    म( एत*वारा घोषणा करता/ करती हँू .क न तो म( अपने नाम पर या मेरे �वा�म�व

    � त"ठान सव01ी .............. के नाम पर िजसने संल5न बोल / न6वदा ��तुत न कर रहे

    है या मेरे �वा�म�व म% या .कसी अ9य साझेदार कंपनी िजसम% म( �बंध भागीदार के =प

    म% हो, वे नीचे सू>चत को छोडकर .कसी क% @य सरकार साव0ज नक कंपनी (सीपीएसयू)

    या .कसी �शास नक मं�ालय *वारा घो6षत काल सूची या अवकाश सचूी म% न पड ेहै |

    (यहॉ काल सूची या अवकाश सचूी का 6ववरण द% , और उसके अभाव म% शू9य स>ूचत

    कर%)

    साझेदार कंपनी के संबंध म%

    हम एत*वारा घो6षत करते /करती ह( .क न तो हम, सव01ी ............... ने ��तुत

    बोल/ न6वदा ��तुत करता है या कंपनी से शा�मल .कसी भागीदार न उनके वैयिFतक

    Gमता या �वा�म�व के Hप म% या .कसी कंपनी/ कारोबार के �बंधन भागीदार के =प म%

    नीचे सू>चत को छोडकर .कसी क% @य सरकार साव0ज नक कंपनी (सीपीएसयू) या .कसी

    �शास नक मं�ालय *वारा घो6षत काल सूची या अवकाश सचूी म% न पड ेहै |

    (यहॉ काल सूची या अवकाश सचूी का 6ववरण द% , और उसके अभाव म% शू9य स>ूचत

    कर%)

    कंपनी के संबंध म%

    हम एत*वारा घो6षत करते/ करती ह( .क हम% नीचे सू>चत को छोडकर .कसी क% @य

    सरकार साव0ज नक कंपनी (सीपीएसयू) या .कसी �शास नक मं�ालय *वारा घो6षत

    काल सचूी या अवकाश सचूी म% न पड ेहै |

    (यहॉ काल सूची या अवकाश सचूी का 6ववरण द% , और उसके अभाव म% शू9य स>ूचत

    कर%)

    यह समझता हँू .क यIद इस घोषणा के .कसी भी 6ववरण गलत हो जाने पर Iहदं�ुतान

    ओगL नक के�मकMस �ल�मटेड या इसके �शास नक मं�ालय को मेरा/हमारा बोल

    अ�वीकार करने का अ>धकार है और यIद बोल ठेके के =प म% हो जाने पर , ��तुत

    ठेका समाOत करने का अ>धकार है |

    �थान: बोलदाता का ह�ताGर :

    त>थ:

  • य�दय�दय�दय�द िह�दीिह�दीिह�दीिह�दी औरऔरऔरऔर अंेज़ीअंेज़ीअंेज़ीअंेज़ी पाठपाठपाठपाठ म�म�म�म� िभ�तािभ�तािभ�तािभ�ता होहोहोहो तोतोतोतो, अंेज़ीअंेज़ीअंेज़ीअंेज़ी पाठपाठपाठपाठ �बल�बल�बल�बल होगा।होगा।होगा।होगा।

    In case of variation between Hindi and English version, English version

    will prevail

  • ANNEXURE - E

    ANNEXURE TO BID AGAINST TENDER No:___________________

    (KINDLY FILL THIS SHEET AND SUBMIT IN -COMMERCIAL/TECHNICAL BID)

    Name of Bidder:

    Sr.

    No. Commercial Clauses

    Bidder Confirmation

    (Please put √ in front of your

    confirmation)

    1

    Whether bidder (a proprietary concern, Partnership Firm, Company) is

    currently on holiday list/black list/de-listed or has been put on

    holiday/blacklisted/de-listed at any PSU/govt. Organization.

    If so, give details.

    □ Yes, We are on holiday

    List/Black List/De-List

    □ No

    2

    i

    Whether the party is registered under Micro/Small/Medium Enterprises act

    2006 (Please furnish the proof)

    □ Micro □ Medium

    □ Small □ No

    ii Status of MSE Bidder

    □ Manufacturer

    □ Services

    □ Not Applicable

    iii Whether MSE bidder is offering product manufactured by him/her

    □ Yes

    □ No

    3

    i

    All MSE bidders shall register / declare their UAM Number on CPP Portal

    and copy of this registration / declaration shall be attached with the offer;

    failing which such bidders will not be able to enjoy benefits as per PP Policy

    for MSME order, 2012.

    SSI/MSME/NSIC/UAM /DIC registration certificate

    □ Mention UAM Number

    ________________

    □ Not Applicable

    ii Submitted valid document against clause no 3 (i)

    □ Submi9ed

    □ Not Applicable

    4

    i

    Whether the proprietor of “MSME” enterprise is from SC/ST category

    (Please attach caste certificate issued by competent authority)

    □ Yes

    □ No

    ii

    Whether the proprietor of “MSME” enterprise is woman

    (i.e. Woman proprietorship, or holding minimum 51% shares in case of

    Partnership/Private Limited Companies)

    □ Yes

    □ No

    iii Submitted certificate against clause no 4 (ii)

    □ Submi9ed

    □ Not Applicable

    5

    AGREED TO ALL TERMS AND CONDITIONS OF ENQUIRY:

    It is hereby stated that the quotation/offer submitted is in fullcompliance

    with the documents issued against the enquiry and also furtherconfirmed

    that there is no deviation from all the terms and conditions as perthe

    enquiry.Non-acceptanceor deviation to HOCL’s standard terms and

    conditions mentioned in enquiry documents may lead to rejection of offer,

    no correspondence shall be done for clarifications

    □ Agreed

    □ Not Agreed

    DATE: SIGN AND STAMP OF BIDDER

  • Page 1 of 2

    ANNEXURE (F)

    (For Purchase Order/ Work Order with estimated value more than FIVE Lakhs)

    ANNEXURE TO BE SUBMITTED ALONG WITH THE BID AGAINST TENDER

    NO___________________

    (KINDLY FILL AND SUBMIT ALONG WITH OMMERCIAL/TECHNICAL BID)

    Name of the Bidder:

    Sr No. Commercial Clauses Bidder Confirmation(Please put √ )

    1 Please mention whether you are a Class-I/Class II Local

    supplier.(Please see the definition given below)

    Class I

    Class II

    2

    Specify the percentage (%) of local content.

    -------------- %

    3 Details of location at which the local value addition is made

    4 Mention whether the product offered is manufactured in India under a license from a foreign who hold intellectual property rights and there is a technology collaboration agreement / Transfer of technology agreement.

    Yes / No

    SELF DECLARATION OF LOCAL CONTENT

    We hereby declare that the percentage (%) of local content specified against mentioned

    against Sr.No.2 is ________%.

    We also understand that submitting False self-declarations and auditors will be in breach

    of Code of Integrity under Rule 175(1)(i)(h) of the General Financial Rules for which a

    Bidder or its successors can be debarred for up to Two Years as per the Rule 151 (iii) of

    the General Financial Rules along with such other actions as may be permissible under

    Law.

    DATE: SGNATURE AND STAMP

  • Page 2 of 2

    Definitions

    Local Content: - The amount of value added in India(Total value of item procured minus the value

    of imported content in the item(including all customs duties) as a proportion of total value, in

    percentage.

    Class I Local Supplier: - Supplier or service provider whose goods AND services or works offered

    for procurement has local content equal to or more than 50%.

    Class II Local Supplier: - Supplier or service provider whose goods AND services or works offered

    for procurement has local content more than 20% but less than 50 %.

    Purchase Preference: -Will be as per the applicable Government order.

    DATE: SIGNATURE AND STAMP

  • Page 1 of 1

    ANNEXURE – H

    BID SECURITY DECLARATION

    ANNEXURE TO BE SUBMITTED ALONG WITH THE BID AGAINST TENDER

    No.______________________________

    I/We............................................................................................................hereby declare that:

    1. I will not revoke the tender within the stipulated period/ validity period OR increase the

    quoted rates.

    2. I will commence the work on intimating to start the work/ on receipt of Letter of Indent.

    3. I will not withdraw or amend the tender or impair or derogate from the tender in any

    respect within the period of validity of the tender.

    4. I will furnish the required performance security within the specified period.

    NAME AND ADDRESS OF THE BIDDER

    PLACE:

    DATE:

    SIGNATURE AND STAMP OF THE BIDDER